Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2009 FBO #2750
SOLICITATION NOTICE

V -- Lodging For Veterans

Notice Date
6/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs, Tampa VAMC, James A. Haley Department of Veterans Affairs Medical Center, Department of Veterans Affairs;James A. Haley Veterans Hospital (90C);13000 Bruce B. Downs Blvd;Tampa FL 33612
 
ZIP Code
33612
 
Solicitation Number
VA-248-09-RQ-0329
 
Response Due
7/1/2009
 
Archive Date
7/31/2009
 
Point of Contact
Candace Renn<br />
 
E-Mail Address
Contract Specialist
(candace.renn@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared under FAR Part 13 Simplified Acquisition Procedures, and in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for VA-248-09-3-0329 being issued as a Request for Quotes. This notice and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-32. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This requirement is full and open. The North American Industry Classification Systems (NAICS) code is 721110, and the size standard is $7M. The government intends to issue a Firm Fixed Price contract for a daily requirement of Twenty-Four (24) Single Occupancy Hotel/Motel Rooms, two (2) American with Disabilities Act (ADA) compliant rooms and four (4) double occupancy rooms within close proximity (5 miles) of the hospital and safe and reasonably tranquil environment for lodging of eligible veterans in need of treatment at James A. Haley VA Hospital. A Shuttle service must be provided 6 days a week for transportation to and from the Hospital. Commercial items FAR provisions and clauses 52.212-1 Instructions to Offerors-Commercial Items and Addendum: 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative protest Procedure: 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum: 52.217-8 Option to Extend Services (30 days); 52.217-9 Option to Extend the Term of the Contract (30) (60) and (5) respectively; 52.232-18 Availability of Funds; 852.270-1 Representatives of Contracting Officers; 852.70-4 Commercial Advertising and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2009) including clauses incorporated by reference under Section b, (19) (21-22), (24), (34) and (40) apply to this solicitation. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full test. Upon request, the Contracting Officer will make their full text available. Also, the full test of a clause may be accessed electronically at http://acquisition.gov/comp/far/Note: Far 52.212-1 and Far 52.212-4 are incorporated into this announcement by reference. Offeror's must be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offerors must submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or have completed them at https://orca.bpn.gov/. ****RFQ ELECTRONIC SUBMISSIONS: ALL interested parties must request a copy of the Statement of Work (SOW) for this requirement and may submit a quote which will be considered by this agency. All interested parties must provide three submissions by the RFQ due date: Technical Document(s), Past Performance Form, and Price Schedule in response to this RFQ solicitation. Interested Parties who fail to complete and submit the requirements below via email may be considered non-responsive. ****TECHNICAL: Submit capabilities to perform lodging IAW SOW information. Limit 10 pages. An oral presentation of technical capability NTE 30 min will be required at your facility with site visit to immediately follow. The Contracting Officer after receipt of RFQ packages will schedule the presentation with your point of contact. Failure to conduct the presentation within the time constraints given by the Contracting Officer will result negatively on your technical evaluation. ****PAST PERFORMANCE: Interested parties shall submit Past Performance information using the Government's Past Performance Form. The information provided must demonstrate both recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the SOW. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. All Past Performance information shall be submitted using the Government's Past Performance Form which must be submitted via email to Candace.Renn@va.gov ****PRICE QUOTES: Interested Parties shall submit Pricing on a per room basis using the Government Pricing schedule and submitted via email to Candace.Renn@va.gov ****QUOTE EVALUATION and CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to this RFQ solicitation will be most advantageous to the Government, price and other non-price factors considered. The following factors shall be used to evaluate quotes: TECHNICAL, PAST PERFORMANCE, PRICE. The Contractor's technical capability and relevant past performance when combined, are more important than price for the purposes of quote evaluation. The Government is more concerned with obtaining technical capability and past performance, than in making an award to the firm with the lowest overall price to the Government. The Government intends to make a single award for the entire requirement as written in the SOW. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). To be eligible for award under this solicitation, the offeror must propose for use a facility that meets the following: Capabilities to perform lodging in accordance with the scope of work. 1. Room requirements 2. General building requirements 3. Shuttle Requirements 4. Meet requirement of the Hotel and Motel Fire Safety Act of 1990 5. Meet requirements of the Americans with Disabilities Act 6. Meet requirements of Health Insurance Portability and Accountability Act (HIPAA) 7. Meet all licensing/permitting, insurance and any other requirements as required by federal, state and local regulations. Geographical Location Service location located within a 5 mile radius of the James A. Haley Veterans Hospital, Tampa FL and within a safe environment as demonstrated by local law enforcement reports. ****TYPE of CONTRACT: Firm Fixed Price ****PERIOD of PERFORMANCE: One year from contract start with 4 option years ****PLACE of PERFORMANCE: Tampa FL ****Estimated Start Date: September 15, 2009 ****RFQ QUESTIONS: All inquiries must be via email, and all questions and responses will be posted to the FEDBIZOPS website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than June 11, 2:00 pm Eastern Standard Time (EST). ****RFQ DUE DATE: Responses to this RFQ, technical, past performance and price, shall be via electronic submission to Candace.Renn@va.gov on or before July 1, 2009 at 12:00 pm EST to be considered. Late submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA-248-09-RQ-0329/listing.html)
 
Place of Performance
Address: Tampa FL<br />
Zip Code: 33612<br />
 
Record
SN01837291-W 20090607/090605235035-b95a49dbc2a540dc562df7b1294bd0af (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.